MONARCH 2U RACKMOUNT SYSTEM
ID: N00173-25-Q5621Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL RESEARCH LABORATORYWASHINGTON, DC, 20375-5328, USA

NAICS

Other Computer Related Services (541519)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)

Set Aside

8(a) Sole Source (FAR 19.8) (8AN)
Timeline
    Description

    The Department of Defense, through the Naval Research Laboratory, intends to award a sole source contract for the MONARCH 2U Rackmount System to 3Db Labs, Inc. This procurement includes software support and maintenance for the SCEPTRE and SCEPTRE-OFFLINE-ITAR systems, which are critical for the agency's operational capabilities. The contract will be executed under Simplified Acquisition Procedures, with a total value not exceeding $250,000, and interested parties have 14 calendar days from the notice publication to express their interest and capability. For inquiries, contact Andrea Graves at andrea.l.graves6.civ@us.navy.mil, referencing Notice of Intent number N00173-25-Q-5621.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    SOLE SOURCE –iHAWK RACKMOUNT SYSTEM
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure the iHAWK Rackmount System via a sole source contract. This procurement is justified under the notice type "Justification," indicating that the goods are essential and can only be sourced from a specific supplier. The iHAWK Rackmount System is categorized under IT and Telecom platform products, which are critical for database, mainframe, and middleware operations. For further inquiries, interested parties can contact Jaclyn Bailey at jaclyn.m.bailey5.civ@us.navy.mil for additional details regarding this opportunity.
    CST STUDIO SUITE PACKAGE
    Dept Of Defense
    The Department of Defense, specifically the Naval Research Laboratory, intends to award a sole source contract for the CST Studio Suite Package and associated support services to DS Government Solutions Corporation based in Waltham, Massachusetts. This procurement is aimed at acquiring essential software and support services that are critical for the agency's operational needs, with the intention of fulfilling specific requirements that only one responsible source can meet. The contract will utilize Simplified Acquisition Procedures under FAR Part 13.106-1(b), with a total value not exceeding $250,000. Interested parties may express their capabilities to Elizabeth Harley via email at elizabeth.c.harley.civ@us.navy.mil, referencing Notice of Intent number N0017325Q1301261439.
    Praevium Wafer Bonded 8um Detectors
    Dept Of Defense
    The Department of Defense, through the Naval Research Laboratory (NRL), intends to award a sole source contract to Praevium Research Inc. for the procurement of Praevium Wafer Bonded 8um Detectors. This procurement is essential for fulfilling specific agency requirements that can only be met by the designated supplier, as no other sources are deemed capable of providing the necessary goods. The contract will be executed under Simplified Acquisition Procedures, with a value not exceeding $250,000, and interested parties are invited to express their capabilities by referencing Notice of Intent number N00173-26-Q-1301264828 in their correspondence. For further inquiries, potential respondents may contact James Chappell at james.chappell@nrl.navy.mil or by phone at 202-923-1418.
    Thorlabs Infrared Spectrum Analyzer
    Dept Of Defense
    The Department of Defense, through the Naval Research Laboratory (NRL), intends to award a sole source contract to Thorlabs Inc. for the procurement of a Thorlabs Infrared Spectrum Analyzer. This specialized analytical laboratory instrument is critical for the NRL's research and development efforts, and the purchase will be made under Simplified Acquisition Procedures, adhering to FAR Part 13.106-1(b) for transactions not exceeding $250,000. Interested parties may express their capability to fulfill this requirement, but the government retains discretion over whether to pursue competitive procurement based on the responses received. For inquiries, contact James Chappell at james.chappell@nrl.navy.mil or call 202-923-1418, referencing Notice of Intent number N00173-26-Q-1301265113.
    Open Text Media Management Software and Support Services Upgrade
    Dept Of Defense
    The Department of Defense, through the Naval Research Laboratory (NRL), intends to award a sole source contract for the upgrade of Open Text Media Management Software and Support Services to Open Text Inc. of Menlo Park, CA. This procurement is aimed at enhancing the existing media management capabilities, which are critical for the NRL's operations and research initiatives. The contract will be executed under Simplified Acquisition Procedures, with a value not exceeding $250,000, and is classified under NAICS code 513210. Interested parties may express their capabilities to meet this requirement by contacting Katrina Gallagher at katrina.t.gallagher.civ@us.navy.mil, referencing Notice of Intent number N0017326Q6922.
    Solicitation - Submarine High Data Rate (SubHDR) LN-100 Mast Motion Sensor (MMS) Repair, Restoration and Replacement Services
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for repair, restoration, and replacement services for the Submarine High Data Rate (SubHDR) Mast Motion Sensor (MMS). The contract will encompass depot-level services, including repair, calibration, overhaul, and manufacturing of Shop Replaceable Units (SRUs) to sustain the operational capability of the Fleet's complex mast systems. This procurement is critical for maintaining the SubHDR Mast Group System for the U.S. Submarine Fleet and Foreign Military Sales partners, ensuring the reliability and performance of essential naval equipment. Interested parties should note that this is a sole-source contract with Northrop Grumman Systems Corporation, and inquiries can be directed to Kate Cyr at kate.m.cyr.civ@us.navy.mil or Levi Andrews at levi.s.andrews2.civ@us.navy.mil, with the contract period spanning from January 1, 2024, to December 31, 2028.
    Sole Source to MA Tech Services Inc. - Spectrometer Maintenance and One Option Year
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center, is seeking a sole-source contract with MA Tech Services Inc. for the maintenance of spectrometers, including an option for one additional year of service. This procurement is justified as MA Tech Services Inc. is the original manufacturer and the only qualified provider capable of ensuring optimal system performance, thereby preventing costly delays or errors. The contract will adhere to federal acquisition regulations and emphasizes the importance of cybersecurity and compliance with defense-related standards. Interested parties can reach out to Terra Roberts at terra.s.roberts.civ@us.navy.mil or Kaitlin Summerville at kaitlin.h.summerville.civ@us.navy.mil for further details, and all quotes must be submitted by the specified deadline along with required supporting documents.
    SOLE SOURCE –Model 3152 and 3152A Repair Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NSWC Crane, is seeking to procure sole source repair services for Model 3152 and 3152A equipment. This procurement is justified under the maintenance, repair, and rebuilding of instruments and laboratory equipment, indicating the critical nature of these services for operational readiness. The selected contractor will be responsible for ensuring the functionality and reliability of these models, which are essential for various defense applications. Interested parties can reach out to Chris Jones at christopher.m.jones405.civ@us.navy.mil for further details regarding this opportunity.
    DOME SONAR, N0038326RB050
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support, is seeking to procure two units of DOME SONAR (NSN: 7RH 5845 145887069, P/N: 44035965AK) from Thales Defense & Security Inc., as a sole source procurement. This requirement is critical for the Foreign Military Sales (FMS) repair of sonar equipment, which plays a vital role in underwater sound operations for naval applications. Interested parties are encouraged to submit capability statements or proposals within 45 days of this notice, although the procurement will not be delayed for source approval requests. For further inquiries, interested organizations may contact Devon McNamee at DEVON.M.MCNAMEE.CIV@US.NAVY.MIL.
    70--DVD,CER LAPTOP
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking a qualified contractor to provide a DVD, CER laptop, under a presolicitation notice. The procurement involves a sole source requirement for a specific item identified by NSN 1H-7030-016996214, with a quantity of one unit to be delivered to DLA Distribution Norfolk, VA. This item is critical for Navy operations, and only sources approved by the In-Service Engineering Activity (ISEA) will be considered, necessitating certification as a Depot Overhaul Point (DOP) for potential suppliers. Interested parties must submit a Source Approval Request (SAR) to the contracting officer, Alison N. Bruker, via email at ALISON.N.BRUKER.CIV@US.NAVY.MIL, within 45 days of the notice publication, as the government intends to negotiate with only one source based on the responses received.